Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2013 FBO #4407
SOLICITATION NOTICE

J -- Full Maintenance Building Services - South Central Texas

Notice Date
12/16/2013
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management, Oklahoma Office (7PQ-OK), 200 NW Fourth Street, Room 4050, Oklahoma City, Oklahoma, 73102, United States
 
ZIP Code
73102
 
Solicitation Number
GS-07P-13-JU-D-0070
 
Archive Date
2/20/2014
 
Point of Contact
Stephen Carroll,
 
E-Mail Address
stephen.carroll@gsa.gov
(stephen.carroll@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis General Services Administration (GSA), Public Buildings Service, Greater Southwest Region, intends to solicit proposals for Full Maintenance Services, which includes Operations & Maintenance Services, Custodial and related services, and grounds maintenance services, at the following locations: San Antonio Fed Bldg 727 E. Cesar Chavez Blvd San Antonio, TX 78206 TX0501HS J. Wood Court House 655 E. Cesar Chavez Blvd San Antonio, TX 78206- TX0502HS Spears Judge Training Center 643 E. Cesar Chavez Blvd San Antonio, TX 78206- TX0503HS Hipolito Garcia FB/Cths 615 E. Houston St San Antonio, TX 78205- TX0164ZZ Federal Parking Garage 201 Avenue E San Antonio TX 78206 TX0441ZZ Pearsall Fed Bldg/USPO 411 E. Colorado St. Pearsall, TX 78061 TX0231ZZ VA Austin Auto Center 1615 Woodward St. Austin, TX 78741 TX1128 Austin Finance Center 1619 Woodward St. Austin, TX 78741 TX1618AT Waco Courthouse 800 Franklin St. Waco, TX 76701 TX1514AT The solicitation number will be GS-07P-13-JU-D-0070. The procurement will be awarded using FAR Part 15 procedures. The base period of performance will start on or about 07/01/2014 with the buildings located in San Antonio and Pearsall, Texas. On or about 12/01/2014, the buildings located in Austin and Waco, Texas will be modified into the contract through Option I. Additional option periods may be exercised with a total period of performance, including all options, of 60 months. NOTE: The solicitation will include FAR 52.217-8, Option to Extend Services, which would allow the government to extend the period of performance an additional 6 months, for a total of 66 months, all options included. If 52.217-8 is exercised, the prices and all other applicable rates that are fixed in the contract will be the same as the immediately preceding contract period and may only be adjusted as a result of revisions to prevailing labor rates provided by the Secretary of Labor. Therefore, all prices and rates evaluated for the successful offeror's contract, for the base and all option periods, will be determined fair and reasonable at time of award and no further price evaluation is necessary to extend the contract pursuant to FAR 52.217-8. The contract type will be Firm Fixed Price for standard monthly services with an Indefinite Quantity provision for additional services. Offerors will be expected to provide all management, supervision, labor, materials, equipment, and supplies necessary to perform Full Maintenance services. Offerors will also be expected to enhance building operations in terms of energy conservation and water consumption, recycling programs, and the utilization of green products and services. The facilities covered by this solicitation encompass approximately 900,000 aggregate square in nine buildings (buildings range in size from approximately 8,000 square feet to 240,000 square feet). The facilities are located in the following locations throughout Texas: Waco, Austin, San Antonio, and Pearsall. In accordance with FAR 52.219-27, this procurement is a TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. At the time that a SDVOSB submits its offer, it must represent to the Contracting officer that it is a SDVOSB and a small business concern under the North American Industry Classification System (NAICS) 561210 with the small business size of $35.5M. A joint venture may be a SDVOSB if at least one member of the joint venture is a SDVOSB, and; (1) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (2) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in FAR 19.101; (3) the joint venture meets the requirements of 13 CFR 125.15(b); and (4) the joint venture is registered in the System for Award Management (SAM.gov) at the time the joint venture submits its offer under this solicitation. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website at https://www.fbo.gov/. No phone or fax requests for a copy of solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation will be available for download on or about 01/02/2014. A pre-proposal conference/site visit will be noted in the solicitation. Proposal submissions will be due on or about 02/05/2014. Interested offerors encouraged to send in questions related to the solicitation. The government can begin formulating responses and may answer in a future amendment that will be posted to FBO.gov under this solicitation number. Offerors MUST be registered in the System for Award Management (SAM) in order to receive an award for this procurement. The website for SAM is http://www.sam.gov. Questions may be directed to Stephen Carroll, Contracting Officer, at stephen.carroll@gsa.gov. Interested parties should include their company name, point of contact, address, telephone number(s), E-mail address, and reference the solicitation number GS-07P-13-JU-D-0070.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO-OK/GS-07P-13-JU-D-0070/listing.html)
 
Record
SN03252314-W 20131218/131216234458-353ff429a52c2fb016c8a497e2e63613 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.